Award

Supply, Delivery, Installation, Inspection, Testing and Maintenance of Advanced Manufacturing Equipment

DUNDEE AND ANGUS COLLEGE

This public procurement record has 1 release in its history.

Award

15 Jul 2022 at 14:14

Summary of the contracting process

Dundee and Angus College is currently engaged in a cancelled procurement process for the supply, delivery, installation, inspection, testing, and maintenance of advanced manufacturing equipment. The intended location for this procurement is the Advanced Manufacturing Centre of Excellence, situated at Arbroath Campus, Keptie Road, Angus (DD11 3AE). This process was executed under the open procedure, following the legal framework established by the EU. The original tender, identified as "2022/DAC/TCEP-ITT1", included various lots such as CNC Machinery, 3D Printers, and a 3D Scanner.

This procurement offers significant opportunities for businesses within the machinery and equipment sectors, particularly those with expertise in advanced manufacturing technologies. Companies that specialise in the provision of CNC machinery and 3D printing technologies, as well as those capable of delivering comprehensive installation and maintenance services, would be particularly well-suited to compete. Engaging with Dundee and Angus College might also provide avenues for collaboration in educational projects and training initiatives.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Supply, Delivery, Installation, Inspection, Testing and Maintenance of Advanced Manufacturing Equipment

Notice Description

The main aspiration of the project is to establish a purpose-built facility for an Engineering and Advanced Manufacturing Centre of Excellence. The facility is to be equipped with modern, innovative, refreshed industry standard equipment. It is envisaged the facility will replicate a modern-day engineering work environment enabling trainees to link their education and/or training to a realistic project-based industry environment. Dundee and Angus College are seeking suppliers for the Supply, Delivery, Installation, Inspection, Testing and Maintenance of Advanced Manufacturing Equipment.

Lot Information

CNC Machinery

Tenderers will be selected on the basis of the Qualification Envelope responses and any supplementary information obtained as to its eligibility to tender: -Information concerning the tenderer -Information about the tenderer -Information about representatives of the tenderer -Information about the reliance on the capacities of the other entities -Information concerning subcontractors on whose capacity the tenderer utilise -Exclusion Grounds Tenderers (Economic Operators) may be excluded from this competition if they are in any of the situations referred within Part 3 of the Qualification Envelope. In accordance with Regulation 58 of the Public Contracts (Scotland) regulations 2015 and Regulation 8, 9 and 10 of the Procurement (Scotland) Regulations 2016. -Selection Criteria The Tenderer will be assessed on the responses within Part of the Qualification Envelope and any supplementary information obtained on whether it has met the satisfactory minimum standards of: (the following selection criteria will be assessed on a pass or fail basis). This information will be used to assess the Tenderers economic and financial standing and solvency. Assessment of Company Accounts - Tenderers will be required to demonstrate and evidence suitable economic standing. Successful Contractors will be required to provide two years audited accounts, or equivalent if awarded the contract. Insurance Requirements It is a requirement that all Tenderers must have or commit to have the required insurance levels at commencement of the Framework Agreement as indicated in PCS-Tender. A copy of the Insurance Certificate or Brokers Letter to be provided at the award stage to demonstrate that the Insurance Requirements can be met. It is the requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of the contract Employer's (Compulsory) Liability Insurance = 10 million GBP, Public Liability Insurance = 5 million GBP Technical or Professional Ability Please provide three relevant examples of services carried out during the last three years. The information you provide should cover the following areas - - a description of the goods and services delivered (relevant to the subject matter of the tender) - contract value and dates. - previous or current customer details Technicians and Technical Bodies - Tenderers are required to provide details of technicians and technical bodies. Sub Contacting - Tenderers are required to provide details of the proportion (i.e., percentage) of contract that is intended for subcontracts. Quality Control - Tenderers will be required to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products meet the following technical specifications or standards. If this cannot be provided, Tenderers will be required to explain why, and to confirm details of other means of proof that can be provided (issuing authority, address, reference of documentation). Environmental Management and Health & Safety Standards - Tenderers must be able to demonstrate that it has a robust approach to Environmental Management and Health & Safety Standards. -Environmental Management Systems or Standard Tenderers must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. -Health and Safety Procedures Tenderers must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS EN ISO 45001 (or equivalent).

3D Printer

Tenderers will be selected on the basis of the Qualification Envelope responses and any supplementary information obtained as to its eligibility to tender: -Information concerning the tenderer -Information about the tenderer -Information about representatives of the tenderer -Information about the reliance on the capacities of the other entities -Information concerning subcontractors on whose capacity the tenderer utilise -Exclusion Grounds Tenderers (Economic Operators) may be excluded from this competition if they are in any of the situations referred within Part 3 of the Qualification Envelope. In accordance with Regulation 58 of the Public Contracts (Scotland) regulations 2015 and Regulation 8, 9 and 10 of the Procurement (Scotland) Regulations 2016. -Selection Criteria The Tenderer will be assessed on the responses within Part of the Qualification Envelope and any supplementary information obtained on whether it has met the satisfactory minimum standards of: (the following selection criteria will be assessed on a pass or fail basis). This information will be used to assess the Tenderers economic and financial standing and solvency. Assessment of Company Accounts - Tenderers will be required to demonstrate and evidence suitable economic standing. Successful Contractors will be required to provide two years audited accounts, or equivalent if awarded the contract. Insurance Requirements It is a requirement that all Tenderers must have or commit to have the required insurance levels at commencement of the Framework Agreement as indicated in PCS-Tender. A copy of the Insurance Certificate or Brokers Letter to be provided at the award stage to demonstrate that the Insurance Requirements can be met. It is the requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of the contract Employer's (Compulsory) Liability Insurance = 10 million GBP, Public Liability Insurance = 5 million GBP Technical or Professional Ability Please provide three relevant examples of services carried out during the last three years. The information you provide should cover the following areas - - a description of the goods and services delivered (relevant to the subject matter of the tender) - contract value and dates. - previous or current customer details Technicians and Technical Bodies - Tenderers are required to provide details of technicians and technical bodies. Sub Contacting - Tenderers are required to provide details of the proportion (i.e., percentage) of contract that is intended for subcontracts. Quality Control - Tenderers will be required to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products meet the following technical specifications or standards. If this cannot be provided, Tenderers will be required to explain why, and to confirm details of other means of proof that can be provided (issuing authority, address, reference of documentation). Environmental Management and Health & Safety Standards - Tenderers must be able to demonstrate that it has a robust approach to Environmental Management and Health & Safety Standards. -Environmental Management Systems or Standard Tenderers must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. -Health and Safety Procedures Tenderers must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS EN ISO 45001 (or equivalent)

3D Scanner

Tenderers will be selected on the basis of the Qualification Envelope responses and any supplementary information obtained as to its eligibility to tender: -Information concerning the tenderer -Information about the tenderer -Information about representatives of the tenderer -Information about the reliance on the capacities of the other entities -Information concerning subcontractors on whose capacity the tenderer utilise -Exclusion Grounds Tenderers (Economic Operators) may be excluded from this competition if they are in any of the situations referred within Part 3 of the Qualification Envelope. In accordance with Regulation 58 of the Public Contracts (Scotland) regulations 2015 and Regulation 8, 9 and 10 of the Procurement (Scotland) Regulations 2016. -Selection Criteria The Tenderer will be assessed on the responses within Part of the Qualification Envelope and any supplementary information obtained on whether it has met the satisfactory minimum standards of: (the following selection criteria will be assessed on a pass or fail basis). This information will be used to assess the Tenderers economic and financial standing and solvency. Assessment of Company Accounts - Tenderers will be required to demonstrate and evidence suitable economic standing. Successful Contractors will be required to provide two years audited accounts, or equivalent if awarded the contract. Insurance Requirements It is a requirement that all Tenderers must have or commit to have the required insurance levels at commencement of the Framework Agreement as indicated in PCS-Tender. A copy of the Insurance Certificate or Brokers Letter to be provided at the award stage to demonstrate that the Insurance Requirements can be met. It is the requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of the contract Employer's (Compulsory) Liability Insurance = 10 million GBP, Public Liability Insurance = 5 million GBP Technical or Professional Ability Please provide three relevant examples of services carried out during the last three years. The information you provide should cover the following areas - - a description of the goods and services delivered (relevant to the subject matter of the tender) - contract value and dates. - previous or current customer details Technicians and Technical Bodies - Tenderers are required to provide details of technicians and technical bodies. Sub Contacting - Tenderers are required to provide details of the proportion (i.e., percentage) of contract that is intended for subcontracts. Quality Control - Tenderers will be required to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products meet the following technical specifications or standards. If this cannot be provided, Tenderers will be required to explain why, and to confirm details of other means of proof that can be provided (issuing authority, address, reference of documentation). Environmental Management and Health & Safety Standards - Tenderers must be able to demonstrate that it has a robust approach to Environmental Management and Health & Safety Standards. -Environmental Management Systems or Standard Tenderers must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. -Health and Safety Procedures Tenderers must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS EN ISO 45001 (or equivalent)

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03529e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019446-2022
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

42 - Industrial machinery


CPV Codes

42990000 - Miscellaneous special-purpose machinery

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Jul 20223 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
15 Jul 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Cancelled
Lots Status
Cancelled
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DUNDEE AND ANGUS COLLEGE
Contact Name
Amanda Walsh
Contact Email
a.walsh@dundeeandangus.ac.uk
Contact Phone
+44 1382834834

Buyer Location

Locality
DUNDEE
Postcode
DD3 8LE
Post Town
Dundee
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM0 Eastern Scotland
Small Region (ITL 3)
TLM03 Angus and Dundee City
Delivery Location
TLM71 Angus and Dundee City, TLM72 Clackmannanshire and Fife

Local Authority
Dundee City
Electoral Ward
Strathmartine
Westminster Constituency
Dundee Central

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03529e-2022-07-15T15:14:02+01:00",
    "date": "2022-07-15T15:14:02+01:00",
    "ocid": "ocds-h6vhtk-03529e",
    "description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20896 . For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=23433 (SC Ref:700572)",
    "initiationType": "tender",
    "tender": {
        "id": "2022/DAC/TCEP-ITT1",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Supply, Delivery, Installation, Inspection, Testing and Maintenance of Advanced Manufacturing Equipment",
        "status": "cancelled",
        "classification": {
            "scheme": "CPV",
            "id": "42990000",
            "description": "Miscellaneous special-purpose machinery"
        },
        "mainProcurementCategory": "goods",
        "description": "The main aspiration of the project is to establish a purpose-built facility for an Engineering and Advanced Manufacturing Centre of Excellence. The facility is to be equipped with modern, innovative, refreshed industry standard equipment. It is envisaged the facility will replicate a modern-day engineering work environment enabling trainees to link their education and/or training to a realistic project-based industry environment. Dundee and Angus College are seeking suppliers for the Supply, Delivery, Installation, Inspection, Testing and Maintenance of Advanced Manufacturing Equipment.",
        "lots": [
            {
                "id": "1",
                "title": "CNC Machinery",
                "description": "Tenderers will be selected on the basis of the Qualification Envelope responses and any supplementary information obtained as to its eligibility to tender: -Information concerning the tenderer -Information about the tenderer -Information about representatives of the tenderer -Information about the reliance on the capacities of the other entities -Information concerning subcontractors on whose capacity the tenderer utilise -Exclusion Grounds Tenderers (Economic Operators) may be excluded from this competition if they are in any of the situations referred within Part 3 of the Qualification Envelope. In accordance with Regulation 58 of the Public Contracts (Scotland) regulations 2015 and Regulation 8, 9 and 10 of the Procurement (Scotland) Regulations 2016. -Selection Criteria The Tenderer will be assessed on the responses within Part of the Qualification Envelope and any supplementary information obtained on whether it has met the satisfactory minimum standards of: (the following selection criteria will be assessed on a pass or fail basis). This information will be used to assess the Tenderers economic and financial standing and solvency. Assessment of Company Accounts - Tenderers will be required to demonstrate and evidence suitable economic standing. Successful Contractors will be required to provide two years audited accounts, or equivalent if awarded the contract. Insurance Requirements It is a requirement that all Tenderers must have or commit to have the required insurance levels at commencement of the Framework Agreement as indicated in PCS-Tender. A copy of the Insurance Certificate or Brokers Letter to be provided at the award stage to demonstrate that the Insurance Requirements can be met. It is the requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of the contract Employer's (Compulsory) Liability Insurance = 10 million GBP, Public Liability Insurance = 5 million GBP Technical or Professional Ability Please provide three relevant examples of services carried out during the last three years. The information you provide should cover the following areas - - a description of the goods and services delivered (relevant to the subject matter of the tender) - contract value and dates. - previous or current customer details Technicians and Technical Bodies - Tenderers are required to provide details of technicians and technical bodies. Sub Contacting - Tenderers are required to provide details of the proportion (i.e., percentage) of contract that is intended for subcontracts. Quality Control - Tenderers will be required to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products meet the following technical specifications or standards. If this cannot be provided, Tenderers will be required to explain why, and to confirm details of other means of proof that can be provided (issuing authority, address, reference of documentation). Environmental Management and Health & Safety Standards - Tenderers must be able to demonstrate that it has a robust approach to Environmental Management and Health & Safety Standards. -Environmental Management Systems or Standard Tenderers must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. -Health and Safety Procedures Tenderers must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS EN ISO 45001 (or equivalent).",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "as per procurement docs",
                            "type": "quality",
                            "description": "100"
                        },
                        {
                            "type": "price",
                            "description": "0"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "2",
                "title": "3D Printer",
                "description": "Tenderers will be selected on the basis of the Qualification Envelope responses and any supplementary information obtained as to its eligibility to tender: -Information concerning the tenderer -Information about the tenderer -Information about representatives of the tenderer -Information about the reliance on the capacities of the other entities -Information concerning subcontractors on whose capacity the tenderer utilise -Exclusion Grounds Tenderers (Economic Operators) may be excluded from this competition if they are in any of the situations referred within Part 3 of the Qualification Envelope. In accordance with Regulation 58 of the Public Contracts (Scotland) regulations 2015 and Regulation 8, 9 and 10 of the Procurement (Scotland) Regulations 2016. -Selection Criteria The Tenderer will be assessed on the responses within Part of the Qualification Envelope and any supplementary information obtained on whether it has met the satisfactory minimum standards of: (the following selection criteria will be assessed on a pass or fail basis). This information will be used to assess the Tenderers economic and financial standing and solvency. Assessment of Company Accounts - Tenderers will be required to demonstrate and evidence suitable economic standing. Successful Contractors will be required to provide two years audited accounts, or equivalent if awarded the contract. Insurance Requirements It is a requirement that all Tenderers must have or commit to have the required insurance levels at commencement of the Framework Agreement as indicated in PCS-Tender. A copy of the Insurance Certificate or Brokers Letter to be provided at the award stage to demonstrate that the Insurance Requirements can be met. It is the requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of the contract Employer's (Compulsory) Liability Insurance = 10 million GBP, Public Liability Insurance = 5 million GBP Technical or Professional Ability Please provide three relevant examples of services carried out during the last three years. The information you provide should cover the following areas - - a description of the goods and services delivered (relevant to the subject matter of the tender) - contract value and dates. - previous or current customer details Technicians and Technical Bodies - Tenderers are required to provide details of technicians and technical bodies. Sub Contacting - Tenderers are required to provide details of the proportion (i.e., percentage) of contract that is intended for subcontracts. Quality Control - Tenderers will be required to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products meet the following technical specifications or standards. If this cannot be provided, Tenderers will be required to explain why, and to confirm details of other means of proof that can be provided (issuing authority, address, reference of documentation). Environmental Management and Health & Safety Standards - Tenderers must be able to demonstrate that it has a robust approach to Environmental Management and Health & Safety Standards. -Environmental Management Systems or Standard Tenderers must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. -Health and Safety Procedures Tenderers must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS EN ISO 45001 (or equivalent)",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "as per procurement docs",
                            "type": "quality",
                            "description": "100"
                        },
                        {
                            "type": "price",
                            "description": "0"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "3",
                "title": "3D Scanner",
                "description": "Tenderers will be selected on the basis of the Qualification Envelope responses and any supplementary information obtained as to its eligibility to tender: -Information concerning the tenderer -Information about the tenderer -Information about representatives of the tenderer -Information about the reliance on the capacities of the other entities -Information concerning subcontractors on whose capacity the tenderer utilise -Exclusion Grounds Tenderers (Economic Operators) may be excluded from this competition if they are in any of the situations referred within Part 3 of the Qualification Envelope. In accordance with Regulation 58 of the Public Contracts (Scotland) regulations 2015 and Regulation 8, 9 and 10 of the Procurement (Scotland) Regulations 2016. -Selection Criteria The Tenderer will be assessed on the responses within Part of the Qualification Envelope and any supplementary information obtained on whether it has met the satisfactory minimum standards of: (the following selection criteria will be assessed on a pass or fail basis). This information will be used to assess the Tenderers economic and financial standing and solvency. Assessment of Company Accounts - Tenderers will be required to demonstrate and evidence suitable economic standing. Successful Contractors will be required to provide two years audited accounts, or equivalent if awarded the contract. Insurance Requirements It is a requirement that all Tenderers must have or commit to have the required insurance levels at commencement of the Framework Agreement as indicated in PCS-Tender. A copy of the Insurance Certificate or Brokers Letter to be provided at the award stage to demonstrate that the Insurance Requirements can be met. It is the requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of the contract Employer's (Compulsory) Liability Insurance = 10 million GBP, Public Liability Insurance = 5 million GBP Technical or Professional Ability Please provide three relevant examples of services carried out during the last three years. The information you provide should cover the following areas - - a description of the goods and services delivered (relevant to the subject matter of the tender) - contract value and dates. - previous or current customer details Technicians and Technical Bodies - Tenderers are required to provide details of technicians and technical bodies. Sub Contacting - Tenderers are required to provide details of the proportion (i.e., percentage) of contract that is intended for subcontracts. Quality Control - Tenderers will be required to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products meet the following technical specifications or standards. If this cannot be provided, Tenderers will be required to explain why, and to confirm details of other means of proof that can be provided (issuing authority, address, reference of documentation). Environmental Management and Health & Safety Standards - Tenderers must be able to demonstrate that it has a robust approach to Environmental Management and Health & Safety Standards. -Environmental Management Systems or Standard Tenderers must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. -Health and Safety Procedures Tenderers must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS EN ISO 45001 (or equivalent)",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "as per procurement docs",
                            "type": "quality",
                            "description": "100"
                        },
                        {
                            "type": "price",
                            "description": "0"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "42990000",
                        "description": "Miscellaneous special-purpose machinery"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM71"
                    }
                ],
                "deliveryLocation": {
                    "description": "Advanced Manufacturing Centre of Excellence, Arbroath Campus, Keptie Road, Arbroath, Angus - DD11 3AE."
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "42990000",
                        "description": "Miscellaneous special-purpose machinery"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM71"
                    }
                ],
                "deliveryLocation": {
                    "description": "Advanced Manufacturing Centre of Excellence Arbroath Campus Keptie Road Angus DD11 3AE"
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "42990000",
                        "description": "Miscellaneous special-purpose machinery"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM72"
                    }
                ],
                "deliveryLocation": {
                    "description": "Advanced Manufacturing Centre of Excellence Arbroath Campus Keptie Road Arbroath Angus DD11 3AE"
                },
                "relatedLot": "3"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ]
    },
    "awards": [
        {
            "id": "019446-2022-2022/DAC/TCEP-ITT1-1",
            "relatedLots": [
                "3"
            ],
            "title": "3D Scanner",
            "status": "unsuccessful",
            "statusDetails": "discontinued"
        },
        {
            "id": "019446-2022-2022/DAC/TCEP-ITT1-2",
            "relatedLots": [
                "2"
            ],
            "title": "3D Printer",
            "status": "unsuccessful",
            "statusDetails": "discontinued"
        },
        {
            "id": "019446-2022-2022/DAC/TCEP-ITT1-3",
            "relatedLots": [
                "1"
            ],
            "title": "CNC Machinery",
            "status": "unsuccessful",
            "statusDetails": "discontinued"
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-5127",
            "name": "Dundee and Angus College",
            "identifier": {
                "legalName": "Dundee and Angus College"
            },
            "address": {
                "streetAddress": "Kingsway Campus, Old Glamis Road",
                "locality": "Dundee",
                "region": "UKM71",
                "postalCode": "DD3 8LE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Amanda Walsh",
                "telephone": "+44 1382834834",
                "email": "a.walsh@dundeeandangus.ac.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.dundeeandangus.ac.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00221",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1026",
            "name": "Dundee Sheriff Court",
            "identifier": {
                "legalName": "Dundee Sheriff Court"
            },
            "address": {
                "streetAddress": "6 West Bell Street",
                "locality": "Dundee",
                "postalCode": "DD1 9AD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1382229961",
                "email": "dundee@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.scotcourts.gov.uk/"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-5127",
        "name": "Dundee and Angus College"
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:191460-2022:TEXT:EN:HTML"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000700441"
        }
    ],
    "language": "en"
}